Professional Documents
Culture Documents
JDI/AUR/MSICDP/RCFB/2022-23
Govt. of Maharashtra
Directorate of Industries
E-TENDER DOCUMENT
(JDI/AUR/MSICDP/RCFB/2022-23)
FOR
Name of work
STATE-MAHARASTHRA, INDIA.
YEAR: 2022
Jt. Director of Industries, Aurangabad Region.
Vikas Bhavan,2nd Floor,Adalat road Aurangabad-431001
- 0240-2331105 / 2331627 Fax No..
E-Mail : diroaurangabad@maharashtra.gov.in
Directorate of Industries,
O/o JOINT DIRECTOR OF INDUSTRIES, AURANGABAD REGION,
AURANGABAD
Vikas Bhavan,2nd Floor, Adalat road Aurangabad-431001
- 0240-2331105 / 2331627 Fax No..
E-Mail : airoaurangabad@maharashtra.gov.in
E-TENDER DOCUMENT
For
Supply of Effluent Treatment Plant for Raisin Cluster
Page 2
CONTENTS
Page 3
I. INTRODUCTION
Page 4
Joint Director of Industries & Chairman of Purchase committee,
Cluster Development Programme, Aurangabad Region, Aurangabad
E -TENDER NOTICE
Ref.No:.----------------
Jt. Director of Industries, Aurangabad Region, Aurangabad and
Chairman of Purchase Committee, Cluster Development Programme,
Aurangabad invites online e-Tenders from reputed Manufacturers, Authorized
distributors/Authorized dealers from India or abroad and their Indian reputed agents
for supply of following Machinery for the year 2022-23 for Common Facility Center
of RAISIN CLUSTER BHOOM, TQ. BHOOM, DIST. OSMANABAD. State-
Maharashtra, India
4. Tenderers have to submit the ‘Tender form fee and Earnest Money Deposit
(EMD) using online banking option on https://mahatenders.gov.in as shown
below:
Tender
Sr Form
Tender No. Particulars Quantity EMD INR
No Fees
INR
1 2 3 4 5 6
e-Tender for Supply of
1 JDI/AUR/MSICD Supply of Effluent
One 4500/- 75000/-
. P/RCFB/2022-23 Treatment Plant for
Raisin Cluster
b) Tenderer /Bidder shall be required to submit Tender fee of Rs. 4500 /- and
Earnest Money Deposit Rs. 75000/- by Online banking options only on
Page 5
https://mahatenders.gov.in for tender No. JDI/AUR/MSICDP/RCFB/
01(PLANT & MACHINERY for RAISIN Cluster BHOOM DIST. OSMANABAD
c) Bid shall be treated as invalid if
Bidders will have to bid for all machines in This Section. Bidder mentioning
one or more machine will not be entertained.
Scanned copies signed digitally are not submitted online along with the bid.
Photo copies validated with a stamp and signature are not submitted before
the tender closing date.
Tender Fee and EMD amount is not submitted by using online banking option
on https://mahatenders.gov.in
5. Online Technical bid will be opened at 08/06/2022 at 11.00. in the O/o of the
Jt. Director of Industries, Aurangabad Region, Aurangabad.
7. Tenderer should submit information & scanned copies in pdf format only while
submit online in Technical Envelope as mentioned in technical offer as per
terms and conditions of the tender.
8. Tenderer should upload Bill of Quantity (BOQ) after filling quotes in it, online
only.
9. Tenderer should have valid class-II Digital Signature Certificate (DSC) obtained
from any certifying Authorities.
10. All the information regarding this tender is published on e-tendering portal
www.mahatenders.gov.in
For Help support, Toll Free No. 1800 233 7315
(B.T. Yashwante)
Joint Director of Industries,
&
Chairman of Purchase committee,
Date:- Cluster Development Programme,
PLACE: - Aurangabad Aurangabad Region,Aurangabad
Page 6
III (A) TERMS AND CONDITIONS – GENERAL
3. All pages of tender document shall be signed by the authorized person and
submit the same in scanned copy of PDF format online. The bidder also needs
to submit a print copy validated by the organization stamp and his signature on
each page.
4. The full name of the person authorized to file the tender, designation, present
and registered office address, Phone No., Fax No. & e-mail address shall be
indicated in the tender.
6. The tender should be filled and submitted in English only. All accompanying
literature and correspondence also in English.
7. Claim for costs, charges, expenses incurred by the bidder in connection with
preparation of tender submission and for subsequent clarifications of their
tender will not be entertained.
9. Submission of a bid by a tenderer implies that he has read all terms &
conditions, and has made himself aware of the scope and specifications of the
items to be supplied, availability of materials, local conditions and other factors
bearing on the execution of the supply.
10. The bidder shall be deemed to have full knowledge of documents. No extra
charges consequent on any misunderstanding.
Page 7
11. The bidder shall be deemed to have satisfied himself before tendering as to the
correctness and sufficiency of his tender and about the rates quoted by him
and cover all his obligations under the tender.
i. The Tender shall be filled in English with a neat hand/type and all the
figures and words shall be legible.
ii. The rates shall be written in given BOQ file only. The bidder shall also
show the amount of each item, the total of each section and the grand
total of the whole tender as specified.
iii. The tenders shall be verified by the bidder for accuracy in the arithmetical
calculations, prior to submission.
iv. The price may be offered in Indian rupees (INR)
v. The Quoted Price should include transportation, civil foundation & related
civil work, installation & commissioning, spares & consumables required
for commissioning & any other charges related with the equipment
required till trial production
Page 8
17.1 Technical details/documents shall contain following:
Page 9
j) A letter indicating assumptions, criterion, technical alternative etc., if any.
However, the alternatives suggested by the bidder would not be taken as the
basis for technical/ commercial evaluation of the bids.
l) All the details of pre-installation requirements including space, power supply,
environmental conditions, special structures if any.
.
18. Validity of the Tender: Rates quoted by the bidder shall be valid till the period
of the tender or a minimum of 6 Months from the acceptance of the tender,
whichever is later. The bidder shall not withthis or revise or alter any conditions,
rate(s) quoted within this stated period.
19. Opening of tender: The tender shall be opened by the Purchase Committee
constituted by the Competent authority, at the office of the Vikas Bhavan,2 nd
Floor, Adalat road Aurangabad-431001
at the time, date and venue as given in the “Tender Notice”. Bid will be opened
before the representatives who remain present at the time. The purchase
committee shall not be liable for any representatives being absent.
Page 10
. A copy of the purchase order once received should be returned with a stamp and
signature of the authorized person as a token of acceptance of the terms and
conditions of the purchase order. The EMD amount will be retained as security
deposit and same will be refunded after successful installation, trial and
training.
a) The Purchase Committee reserves the right to accept or reject any tender or
reject all tenders without giving any reasons whatsoever for their decision.
b) Tenders are liable to be rejected in which any of the prescribed
particulars/information is either missing or incomplete in any respect and/or if
the prescribed conditions are not fulfilled.
c) Tenders which are found to be technically non-responsive shall be rejected
and their commercial details shall not be considered.
d) Canvassing in connection with tender is strictly prohibited and tender
submitted by bidder will not be considered.
e) Tenders containing specific conditions of the bidder other than the terms and
conditions given in the tender document and not acceptable to the Purchase
Committee are liable to be reject.
f) If the tender document is not digitally signed online by the authorized person
and photocopies validated by stamp and signature of the authorized person.
g) The bidder should quote for all the machinery/equipment specified in annexure
II otherwise the tender will be rejected. However the commercial bid will be
evaluated on the total cost.
h) The Special Purpose Vehicle will be catering to wide range of
customers/stakeholders including the manufacturers/exporters. Hence,
preference will be given to more popular brands of machines, which are widely
accepted nationally & internationally.
( B.T. Yashwante)
Joint Director of Industries,
&
Date:- Chairman of Purchase committee,
PLACE: - Aurangabad Cluster Development Programme,
Aurangabad Region, Aurangabad.
Page 11
III (B) TERMS AND CONDITIONS – SPECIAL
1. Cost Details:
Cost details are to be filled up in the prescribed format for items as given at
BOQ I for all the machinery/equipment/items as applicable to indicating therein
total free delivery up to destination at RAISIN CLUSTER BHOOM, TQ.
BHOOM, DIST. OSMANABAD. Including all types of national & international
taxes, excise duty, freight, insurance, packing and forwarding, transport
charges, loading/unloading, installation, foundation, erection and commissioning
charges, any other taxes/charges/Local taxes as applicable etc.
2. All accessories/pre installations requisite and startup kit required for installation
& commissioning the main equipment’s are to be specified if any.
3. Payments:
a) 90% of the payment will be released after the receipt of the
Machinery/equipment/item at site in good condition, installation and physical
verification from competent authority & after receiving grant from the govt.
b) Balance 10% will be released after successful and satisfactory installation of
the Machinery/equipment/item at SPV premises & after receiving grant from
the govt.
OR
(As per MSICDP G.R. of Govt. Maharashtra Industry, Energy and Labour
Dept. No. SME 2013/P.K.207/Industry/7 DTD. 25/02/2014)
4. The bidder of the e-Tender for Supply of Effluent Treatment Plant for Raisin
Cluster, should provide adequate training free of cost for at least 2
technical personnel of the CFC per equipment including trouble shooting etc.
and making them confident of operating the equipment independently.
5. The bidder shall adhere to the delivery period of the e-Tender for Supply of
Effluent Treatment Plant for Raisin Cluster as committed by him as
indicated in Annexure II of the tender document or 2 Months from the date of
the order, whichever is earlier. Penalty for non-execution of the order within
the delivery period shall be 1% of the cost of the PLANT & MACHINERY for
Raisin Cluster for every week of delay.
6. The delivery installation & commissioning period of the e-Tender for Supply of
EFFLUENT TREATMENT PLANT Internal Electrification & Transformer,
Fire Fitting Equipment for Raisin Cluster as agreed should not be
extended under normal conditions. Suitable penalty for non-execution of the
order may be enforced to the extent of 1% of the cost of PLANT &
MACHINERY for Raisin Cluster for every week extended. In case of the
delay beyond scheduled period due to some unforeseen reason, written
permission is required from the Chairman, Purchase Committee with proper
justification to avoid penalty.
7. The bidder shall give warranty for at least two year in respect of items quoted.
Page 12
etc. Subsequently, servicing/maintenance should be undertaken every 3 months
by the authorized agency of the manufacturer/supplier.
9. Operation manuals and other instruction manuals should be provided along with
machine thising, electrical thising in English only.
10. The bidder shall also mention the probable life expectancy of the
machine/instrument/ accessory under normal condition of operation wherever
applicable.
11. In case of short supply or wrong supply of e-Tender for Supply of Effluent
Treatment Plant for Raisin Cluster, its parts of accessories or supply of items
in damaged conditions; it is the responsibility of the bidder to arrange for the
supply of the required items in working condition as per the purchase order,
within a reasonable time. Any additional expenditure, whatsoever, for the
above will be borne by the bidder only.
12. Orders for the supply of items, once placed with successful bidder is
nontransferable and sub-contracting is not permitted. The Purchase Committee
reserves the right to cancel the order in such an event.
13. Any non-fulfillment of the stipulation given above will make the bid invalid.
14. The bids shall first be evaluated on the “Technical parameters” which shall inter-
alia included, otherwise will be considered as a technically disqualified.
Proof that the bidder is
i. either manufacturer or
ii. an authorized distributor/dealer or
iii. an authorized reputed agent for the e-Tender for Supply of Effluent Treatment
Plant for Raisin Cluster, for which the bid is submitted.
Compliance to technical specifications of the e-Tender for Supply of
Effluent Treatment Plant for Raisin Cluster for which the bid is submitted.
Adherence to the warranty period.
Necessary documentary proof that the bidder has manufactured or supplied
similar machinery/equipment during the past 3 years along with the list of
such customers and performance report of the e-Tender for Supply of
Effluent Treatment Plant for Raisin Cluster from at least 3 such
customers/users for the past 3 years.
Details regarding the service centers, stocking of spares etc.
Compliance to all other relevant and critical terms & conditions of the tender.
Validity of the tender up to Six Months from the date of acceptance of the
tender.
Original Copies of Documents submitted for technical qualification should be
produced for verification if required.
GST chalan copy
If any of the above mentioned parameters are not fulfilled, the bid will be
considered as technically disqualified.
Page 13
only. In case the bidder wishes to add any other documents then he may do so
only in Doc9 i.e. Assumptions and Pre-installation requirements.
1. Doc1: All pages of the tender document are to be signed and
uploaded as Doc1 under this link along with the scanned copies of the
tender fees and the EMD amount.
2. Doc2: Dealer/Authorized representative letter from OEM. Proof of
Authorization for signing
3. Doc3: List of Customers, along with the user certificates, order copy
as specified.
4. Doc4: A covering letter duly signed by the authorized person as per
the specimen given at Annexure IV of the tender document.
5. Doc5: Descriptive leaflet/brochure of the equipment quoted to be
enclosed along with the technical details.
6. Doc6: GST Certificate with latest GST return copy & Pan
7. Doc7: If bidder is manufacturer Udyog Aadhar Certificate.
8. Doc8: Last 3 years Income Tax Return with Audited Balance Sheet,
2018-19,2019-20,2021-22 Annexures.
16. Settlement of dispute: All the disputes and differences of any kind, what so
ever, arising out of or in connection with the contract, whether during the
progress of the work or after the completion shall be referred by the bidder to
the competent authority of Directorate of Industries, Mumbai Govt. of
Maharashtra.
17. The venue of the arbitration shall be Aurangabad. The laws of India shall
govern this agreement. Both parties irrevocably submit to the exclusive
jurisdiction of the Courts in Aurangabad only, for any action or proceeding
regarding this.
18. The specifications given above are to be used for guidance. The bidder will
have to ensure compliance with the details set out in Annexure1. The bidder is
at liberty to include extra features in lieu of the required features; however this
will not ensure that the bid will be accepted.
19. All the terms and condition in the tender are as per GR of govt of
Maharashtra(Industry, Energy and Labour Dept) dtd. 30/10/2015
(B.T. Yashwante)
Joint Director Of Industries,
&
Date:- Chairman Of Purchase committee,
PLACE: - Aurangabad Cluster Development Programme,
Aurangabad Region, Aurangabad
Page 14
DETAILS OF ANNEXURES
Annexure I
Name of Machine: e-Tender for Supply of Effluent Treatment Plant for Raisin
Cluster Qty:
Page 15
Technical Specifications
Sr. Qt Specification
Machines
No y (Capacity, Speed, Other, etc)
EQUIPMENT QUANTITY
Oil Skimmer 1 No.
Effluent feed Pump 2 Nos
Agitation By Air
Dosing Tanks 4 Nos
Tube Media 1 Lot
Reaction Cum Settling tank 1 No.
Buffer Tank 1 No.
Aeration Tank 1 No.
Secondary Settling Tank 1 No.
Air Blowers 2 Nos
Air Diffuser for Aeration 1 set
Tank
Recirculation/Sludge 2 Nos
Transfer Pumps
Filter Feed Pump 2 Nos
Pressure Sand Filter 1 No
Activated Carbon Filter 1 No
Filter Feed Tank 1 No.
Effluent Treated water Tank 1 No.
1 Treatment 1 Structure R/T,B/T, A/T,SST and
Plant shown in Line diagram
Piping & Fittings GI/UPVC
Automation Control Panel 1
Erection & Commission
1.0 Technical Specifications For EFFLUENT
TREATMENT PLANT Setup
Oil Skimmer 1 No.
Duty: Oil removal from Oil from Grease Trap
make : Universal Engineers
Capacity : 20 lpd
Type : Belt type
Belt details : Length 1000mm, 100
mm [4”], distance
between pulley: 1 meter
Effluent Feed Pumps 2 Nos.(1W+1S)
Duty To pump effluent
Type Horizontal ,,Non Clog,
Self- Priming,
submersible
Drive Motor 1 HP motor coupled
Water storage tank of
Page 16
60000 capacity for
emergency water supply
2 Nos.(1W+1S) Common for EFFLUENT TREATMENT
PLANT & STP
Air Blower 2 Nos.(1W+1S)
Common for EFFLUENT
TREATMENT PLANT &
STP
Duty Supply of air
Type Twin Lobe roots blower
MOC CI
Make Aakash/Airvac
Motor KEC/Crompton
Capacity 50 m3/hr
Diffusers Lot
Duty Uniform air distribution &
O2 transfer
Type Tubular EPDM
MOC EPDM sleeves with PP
header & SS nut bolt
Make Ott systems
Size Length – 1000 mm Dia –
64mm
Tube Settling Media
Quantity 3 m3
Shape hexagonal
MOC PVC
Thickness 1 mm
Supporting structure MS mesh
Angle 60 degree
Tube fittings Tongue and groove
Straight ht 750mm
Cleaning frequency 30 days
Biological Culture 10 m3
Duty Development of
Biological culture
Type Dormant,
Saprophytic[Specially
Isolated]
Make Readymade form
Filter Feed Pumps 2 Nos.(1W+1S)
Duty To pump effluent
Type Horizontal ,,Non Clog,
Self-Priming,
submersible
Make Kirloskar /CNP Cutter
series
Drive Motor 1 HP motor coupled
MOC of pump CI
Accessories Standard Base frame,
coupling.
Page 17
Recirculation Pumps 2 Nos.(1W+1S)
(SST)
Duty To pump Settled sludge
to aeration tank.
Type Horizontal ,Centrifugal
,Non Clog, Self Priming
Make Kirloskar /Equiv
Drive Motor 1.0 HP motor
KEC/Crompton make,
TEFC ,Class B
insulation ,1440 rpm,
MOC of pump CI
Accessories Standard Base frame,
coupling.
Prefabricated Tanks for EFFLUENT TREATMENT
PLANT Setup
RT Reaction Tank
Duty Mixing of Chemicals &
treatment of effluent
Type vertical
MOC PP-FRP Prefabricated
structure
Capacity 5.0m3
BT Buffer Tank
Duty Storage of primary
treated effluent
Type Vertical
MOC Sintex
Capacity 2.0 m3
Aeration tank
Duty Biological treatment
make MS Epoxy
Capacity 7.5 m3
ELECTRIC CONTROL PANEL
1 Starters O/L Relay.MCB, Contactors
2 Switchgears Siemens
with
appropriate
rating
3 Busbar Aluminum plates PVC insulated
with acrylic cover for protection
4 Accessories On/off push buttons (lockable)
Indication lamp for ON, trip, RYB,
etc
Meter including ammeter, voltmeter,
energy meter (digital) of make
conserve
1 PANEL Wall mounted as well as floor
mounted
2 MOC CRCA metal sheet with 2 mm
thickness
Page 18
3 Coating Powder coating with Siemens grey
color
4 IP rating 55
5 Compartme 2 nos.
nt 1 for main incomer(busbar& MCCB)
1 for outgoing (switchgears and
terminals)
6 Support 75mm x 75 mm channel frame from
back side for wall mounting and
grouting on floor
7 size 600 mm x 800 mm x 300 mm
8 Door Main incomer ON/OFF switch,
mountings outgoing ON/OFF push buttons,
indicators for ON/OFF, trip, RYB,
energy meter, labels
9 Earthing Earthing plate will be inside panel
near outgoing cables. A separate
green wire will be placed for it.
Page 19
e
3. Reaction cum 5.0 m3 PP- ASP Over
settling tank FRP Envir ground
o
4. Buffer tank 2.0 m3 Sint ASP Over
ex Envir ground
o
5. Aeration Tank 7.5 m3 MS- ASP Over
Epo Envir ground
xy o
6. Secondary 3.0 m3 MS- ASP Over
Settling Tank Epo Envir ground
xy o
7. Filter Feed Tank 2 m3 MS- ASP Over
Epo Envir ground
xy o
8. Fabricated Safety - MS ASP Around
Ladder & Platform Epo Envir
with Railing xy o
SST [LC] Secondary Settling Tank
Duty Settling of the Sludge formed
in the Aeration tank
Type By Gravity
make MS Epoxy
Capacity 3 m3/hr
System designation Multigrade sand filter
Number of units One
MATERIAL OF FRP
CONSTRUCTION
DESIGN PARAMETERS
Fluid handled Secondary Treated
wastewater
Type Vertical vessel
Normal design flow 10.0 m3/hr.
rate/unit
Duration of back wash 15 min.
Rinse flow rate 10.0 m3/hr.
Rinse duration 5 min.
Design pressure 15.0 Kg/cm2(g)
Hydraulic test pressure 15.0 kg/cm2(g)
Pressure drop across 1.0 MWC max.
unit including valves &
instruments
Mode of back washing Water
Frequency of Once in 22 hrs.
backwashing
System designation Multigrade sand filter
Number of units One
Tag No. ACF
MATERIAL OF FRP
CONSTRUCTION
Page 20
DESIGN
PARAMETERS
Fluid handled Filtered Water
Type Vertical vessel
Normal design flow 10.0 m3/hr.
rate/unit
Backwash flow rate 10.0 m3/m2/hr.
Duration of back wash 15 min.
Rinse flow rate 15.0 m3/hr.
Rinse duration 5 min.
Internal surface Epoxy coating
Design pressure 15. Kg/cm2(g) & full vacuum
Hydraulic test pressure 15. Kg/cm2(g)
Pressure drop across 1.0 MWC max.
unit including valves &
instruments
Mode of back washing Water
Frequency of Once in 24 hrs.
backwashing
Features Description
Disinfection Agent Ultra Violet Light
Installation Horizontal or Vertical
UV Chambers SS316L Electro-polished
Source of Dosage High-performance Quartz
ultraviolet lamps
Indications System status and Lamp
change reminders
Operation Supplies 10kg/CM2 (150 PSI) with no
leakages
Operation Trouble-free, long-life
Maintenance costing Change of Lamp
After 9500 Hrs or 1
year15% to 20% of
system cost
Page 21
Annexure II
DELIVERY AND COMMISSIONING SCHEDULE OF
PLANT & MACHINERY,
Page 22
Annexure III
To,
Joint Director of Industries
Region & Chairman
Purchase committee,
Vikas Bhavan, Adalat Road
Aurngabad 431001
Sir,
The details of our Service centers and offices are as per the annexure
attached.
Page 23
We confirm that the machine is stable and equipped with all necessary
safety devices and signage.
We confirm that the minimum probable life expectancy of the machine is ___
yrs under normal usage and circumstances.
We agree to train the personnel of SPV at the CFC free of charge, as per the
terms and conditions. If our offer is accepted we will, obtain and arrange:
We understand that you are not bound to accept the lowest or any tender
you may receive.
Name :
Designation :
Date :
Page 24
Annexure IV
UNDERTAKING / DECLARATION
To,
Joint Director of Industries
Aurangabad Region & Chairman
Purchase committee,Vikas Bhavan,2nd
Floor,Adalat Road Aurangabad-431001
Dear Sir.
I/We undertake to supply the PLANT & MACHINERY, within the stipulated
period of time and accept the penalty clause imposed by Purchase Committee as
per the terms and conditions of the Tender.
I/We agree that the full payment will be released to us only after completion of
satisfactory installation, trail and training on the said
machinery/instrument/equipment/etc.
Page 25
CHECK LIST TO THE BIDDERS
1. Get all clarifications regarding terms and conditions, specification etc. during
the pre-bid meeting or by writing to the Joint Director of Industries,
Aurangabad prior to submission of bid.
3. Fill up the relevant compliance columns in the specifications given for the
machinery/instrument/equipment/etc. quoted by stating, in case of any
deviation in the specifications, the details may be given separately as
Annexure.
5. A covering letter duly signed by the authorized person as per the specimen
given at Annexure IV of the tender document.
6. Ensure that User certificates from at least three users, on their letterhead
stating that the performance of similar make and model supplied to them is
working satisfactorily, is enclosed.
Page 26